Z--Nat WA PPTurbine Runner Cavitation Repair IDIQ

SOL #: 140R1026R0002Sources Sought

Overview

Buyer

Interior
Bureau Of Reclamation
PACIFIC NW REGION PN 6615
BOISE, ID, 83706, United States

Place of Performance

WA

NAICS

Other Foundation (238190)

PSC

Repair Or Alteration Of Dams (Z2KA)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 6, 2026
2
Response Deadline
Mar 9, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Bureau of Reclamation (Department of the Interior) is conducting market research through a Sources Sought Notice to identify capable contractors for a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This opportunity focuses on Nathaniel Washington Power Plant Turbine Runners Cavitation Repair at the Grand Coulee Dam in Washington. Responses are due by March 9, 2026.

Scope of Work

The principal components of work include:

  • Inspecting turbine runner, discharge ring, and stay vanes.
  • Installing and removing draft tube platforms.
  • Building and removing temporary scaffolding.
  • Metal removal, welding, grinding, and coating.

Contract & Timeline

  • Type: Firm Fixed Price (FFP) Construction IDIQ
  • Duration: Five (5) years from contract award
  • Estimated Ceiling: $8,000,000.00
  • NAICS Code: 238190 (Other Foundation, Structure, and Building Exterior Contractors), with an estimated size standard of $19.0 Million.
  • Response Due: March 9, 2026
  • Published: February 6, 2026

Submission Requirements

Interested contractors are requested to submit:

  • Contact information (Name, address, UEI, phone, email).
  • Statement of interest (prime or subcontractor).
  • Construction bonding level.
  • Size status and SBA certification program details.
  • Firm's capability to manage complex requirements.
  • Past Performance/experience (3-5 relevant projects within the last 5-8 years, including project title, location, description, role, dollar value, and client).

Eligibility / Set-Aside

No specific set-aside has been designated at this time. Respondents are requested to indicate their business size and classification, including any designations such as Small Business, HUBZone, Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), or Indian Small Business Economic Enterprise (ISBEE).

Additional Notes

This notice is for market research only and does not constitute a commitment to procure. Specifications and drawings are not available at this time. A site visit is strongly urged. The primary contact is Lance Fleming (lfleming@usbr.gov, 208-378-5338).

People

Points of Contact

Fleming, LancePRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 6, 2026
Z--Nat WA PPTurbine Runner Cavitation Repair IDIQ | GovScope